SOURCES SOUGHT
99 -- Forage Animal Production Research Laboratory
- Notice Date
- 11/10/2020 10:19:52 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR20-FAP_Research_Laboratory
- Response Due
- 11/23/2020 7:00:00 AM
- Archive Date
- 12/08/2020
- Point of Contact
- William B. Gevedon
- E-Mail Address
-
william.b.gevedon@usace.army.mil
(william.b.gevedon@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. �If your firm is a Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is: Provide Architect/Engineering (A/E) services to design a facility through the preparation of plans and specifications that will provide specialty research greenhouses/headhouses, unique laboratory spaces and office space for research and collaboration to be utilized by the partnership between the United States Department of Agriculture (USDA) and the University of Kentucky.�The USDA has many research sites nationwide that include collaborative partnerships with universities. �The USDA has a long term strategic partnership with the University of Kentucky and as part of this partnership, the USDA is going to design and construct an approximately 75,000 SF facility that will consist of laboratory and office facilities as well as research greenhouse/headhouse space. The facility will provide space for the forage animal production research program.� The facility will be located on the USDA-University of Kentucky campus in Lexington, Kentucky. �The design contract will require full design services, solicitation assistance, and construction phase services.� It is the Government�s intention to award a Single Award Task Order Contract (SATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for professional A/E services with a five (5) year period of performance and a maximum dollar value of $15 Million over the life of the contract. �NAICS code is 541330. �All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 23 November 2020 by 10:00 AM Eastern Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Descriptions of Experience � Interested A/E firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past seven (7) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. �References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Agriculture Research Facilities that include specialty greenhouses that are utilized for large scale research projects and laboratory space. Other projects considered similar in scope would be large research facilities and unique laboratory spaces.� The prime contractor must have self-performed at least 50% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. �An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. b. Projects similar in size to this project include: Projects including 50,000+ SF of finished office space, laboratory space, research greenhouse space, or any combination of the three. c. Based on the information above, for each project submitted, include: Scope of the project: Description of the project including location, award amount, Owner POC and Owner evaluation of the completed work. Size of the project: �Should be at least 50,000 SF. Any representative interior or exterior renderings produced. Current percentage of construction complete and the date when it was or will be completed. The portion, percentage and scope of the project that was self-performed. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to william.b.gevedon@usace.army.mil. If you have questions please contact Blake Gevedon at William.b.gevedon@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. �Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. � All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b121a3b052ac4c3f8cf6a5240bb46293/view)
- Record
- SN05850938-F 20201112/201110230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |